Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 02, 2013 FBO #4177
MODIFICATION

99 -- Questions and Answers

Notice Date
4/30/2013
 
Notice Type
Modification/Amendment
 
Contracting Office
Library of Congress, Contracts Services, Contracts Section, 101 Independence Ave SE, LA-325, Washington, District of Columbia, 20540-9411
 
ZIP Code
20540-9411
 
Solicitation Number
LCLSM13Q0028
 
Archive Date
5/20/2013
 
Point of Contact
LaTalya Palmer, Phone: 202-707-3117
 
E-Mail Address
lpal@loc.gov
(lpal@loc.gov)
 
Small Business Set-Aside
N/A
 
Description
Question: How shall proposals be submitted? Are they electronically submitted or by mail/FedEx? If physical copies are necessary, how many copies and are there different addresses for standard mail or FedEx? Who are they to be directed to? Is this the correct submissions point? Birchard Allen Contracting Officer The Library of Congress Office of Contracts and Grants Management. 101 Independence Ave. SE Document Type: QS Document Number: LCLSM13Q0028 Page 9 of 18 Washington, DC 20540-9411. Phone: (202) 707-8909; Fax: (202) 707 8611; Email: ball@loc.gov Answer: The Contracting Officer's information is listed in Section G to inform vendors of Contract Administration responsibilities. He is not the point of submission for the solicitation. Per Section L.12: (1) one copy of the solicitation is due via email to lpal@loc.gov Please address your submission to LaTalya Palmer Question: Section L.3 (page 16 of 18) states "All proposal documents shall be submitted to lpal@loc.gov and received no later than 3:00PM EST" What date?? Answer: Per Page 1 of the Solicitation: Section 8-the due date is May 16, 2013 Question: Section B.1 Submittals o Area 1 mentions (3) references of similar scope, then later mentions (3) federal contracts. Are these the same or separate requests? Do all similar examples need to be Federal contracts? Answer: Contractor should provide a total of 3 references, with one of the three references being a federal contract. Question: Area 2 mentions shop drawings. Are these completed shop drawings based on the sketches provided, or are they shop drawings of similar work in the past? I think it would be difficult to provide completed shop drawings based on loose sketches and prior to a kick off meeting Answer: Contractor should provide samples of previous shop drawings of similar work, so that LOC staff can get a better understanding of drawing style and information provided. Question: Section C.2. Glazing- One section requests ½" 11.5mm and another sections requests a composite equivalent thickness of 13.27mm. Which is correct? Could you instead qualify this area by glass security codes such as P2A, P3A, etc? I have enclosed a copy of security glass standards. I think you are requesting P3A glass Answer: The attached security glass standard document does not address conservation concerns - UV protection, glass clarity, etc. As such, LOC asks that contractors provide glass per the description provided in the SOW (provided again, below). All glass to be white (low iron content) 3-ply laminate with an ultraviolet (UV) coated polycarbonate interlayer. Nominal thickness = ½". Acceptable glass trade names include: Optiwhite, Starphire, DIamant, and UtraWhite. To reduce reflection, Amiran glass by Schott with a non-reflective coating will be added. Recommended glass laminate configuration: - 3/16" FT PPG Starphire Glass or 3/16" Amiran Water White Glass (low iron) -.05" Solutia Saflex Hurrican Interlayer DM-J1 Clear - 3/16" FT PPG Starphire Glass or 3/16" Amiran Water Whate Glass (low iron) with anti-reflective coating on exterior surfaces. Question: Are there photographs of units you are looking to copy? Can you explain whether exterior finishes are wood veneer or composite (laminate or Corian)? Exterior finishes can greatly affect final pricing. Answer: There are not photos of the units LOC is looking to copy. Exterior finishes will most likely be a wood veneer, similar to a birds eye maple veneer. Question: F.1 Delivery Schedule. Technically speaking your proposed schedule is impossible. Since no award date is mentioned I will assume June 1st, which is 4 months to the September 30th delivery date. Lets simplify this to 120 days. Your proposed design and production schedule (which is very tight anyway) is as follows: o Design development- 30 days o Final design, material testing and approval- 45 days o Fabrication and inspection- 75 days o Off gassing of all components - 30 days o Shipping ???? (if by air, 2-3 days or by sea freight, 30 days) o Without shipping and off gassing you are already at 150 days (one month overdue). Add off gassing and delivery and you are easily at 6 months (in a perfect world), not 4 months. And I did not add setting up the initial kick off meeting which could take 1-2 weeks to coordinate. Since there are specified consequences in section H for not complying with the contract, I am requesting review of this area. Answer: Assume that delivery of all completed components will be 150 days from the date of award. It is assumed too that some of the tasks described in the proposed schedule (above) can overlap, thus compressing the overall proposed schedule. Question: Section E.3. Can weekly follow up meeting be by phone or do we need to plan on site meetings? Answer: It is expected that all critical meetings such as kick off, design and material /samples reviews will be held on site. Other progress or interim meetings can be held by phone. Question: F.2. shipping- o Will all cases be delivered to ONE location, or some cases to each of the THREE locations listed? Answer: Large deliveries will be made to the James Madison Building's loading dock. However, it is expected that the contractor will provide services and labor needed to move the delivery from the loading dock to the designated display or storage site, possibly in the Thomas Jefferson Building, located next door. Question: Please confirm that a vehicle longer than 20' long will not fit into the loading docks. This would mean we would require multiple trucks to deliver these cases Answer: Delivery trucks to the James Madison loading dock shall be no taller than 13', and no longer than 45'. Question: If cases are delivered crated, who's responsibility is it to remove packing materials? Answer: It will be the contractor's responsibility to remove all crate and packing material from the LOC site. Question: Section L.11- How can you award 3Q 2013 with a delivery date of September 30th 2013? Is there an estimated award date? Answer: The estimated award date is May 31, 2013
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/LOC/CS/CS1/LCLSM13Q0028/listing.html)
 
Record
SN03048760-W 20130502/130430234746-6280836d7d4d4e5ee22f97daff798728 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.